Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Sarah Galloway
E-mail: sarah.galloway2@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ARE - Scottish Land Matching Service
Reference number: CASE/794500
II.1.2) Main CPV code
77100000
II.1.3) Type of contract
Services
II.1.4) Short description
Seeking a supplier to deliver the Scottish Land Matching Service (SLMS). The SLMS will provide confidential, independent, impartial facilitation of bespoke joint-ventures, leasing or tenancy arrangements, succession planning, keeping farmers/crofters involved but to reduce practical activities and providing new opportunities for young or new entrants through Scottish agricultural businesses.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77000000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The service should provide comprehensive support to the development of business relationships between land providers and land seekers.
The underlying purpose of the service is to improve succession arrangements, increase opportunities and facilitate increased access to land to support the incoming of the next generation of farmers and to ensure land remains productive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
15/01/2026
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
The contract has an optional extension period of 12 months up until 31 March 2028.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Financial Ratio - The Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Insurance - Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability, Professional Risk Indemnity, Employer's (Compulsory) Liability.
Minimum level(s) of standards required:
Bidders must demonstrate a Current Ratio of greater than 1.
Bidders must confirm they already have or commit to obtain the levels of insurance indicated as follows; Public Liability 5 Million GBP, Professional Risk Indemnity 2 Million GBP, Employer's (Compulsory) Liability in accordance with any legal obligation for the time being in force.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-052071
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/12/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/05/2026
IV.2.7) Conditions for opening of tenders
Date:
01/12/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
SPD (Scotland) will be scored on a pass/ fail basis.
Bidders must download and complete a separate SPD (Scotland) form for any subcontractors involved in the delivery of this service.
List and brief description of selection criteria:
Part 2A-D - Information about the bidder, Form of participation, Reliance on other entities, Subcontractors
Part 3A-D - Grounds relating to criminal convictions, Payment of taxes, Blacklisting, Social/ Labour Law, Bankruptcy and Insolvency, Creditors, Liquidation, Professional misconduct, Conflicts of interest.
Part 4A-C - Professional Registers, Services contracts, Economic and financial standing, Subcontracting, Professional Accreditation, Supply Chain Management/ Tracking Systems used, Environmental management measures.
Please access invitation to tender documents via Public Contracts Scotland (Tender) via the following code - Project Code 30481/ ITT Code 61427.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 30481 and ITT Code 61427. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30481. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows:
(SC Ref:814336)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
30/10/2025